You are on page 1of 47

TENDER NO.

: JRMM188151

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

TENDER NO. : JRMM188151

“ Supply of Pipes”

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)


INDIAN OIL CORPORATION LTD. (IOCL)
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 25
TENDER NO. : JRMM188151

INDEX
SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1


2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5


5. GENERAL INSTRUCTION TO BIDDERS PDF 6-14
6. INSTRUCTION FOR RAISING INVOICE FOR GST IN MATERIALS PURCHASE CONTRACTS PDF 15
7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 16
8. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES PDF 17-20
(MSES)
9. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC) PDF 21-22

10. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FOR PDF 23
PROSPECTIVE FOREIGN BIDDER
11. TENDER CONDITIONS WITH IMPLEMENTATION OF INSOLVENCY AND BANKRUPTCY PDF 24
CODE, 2016 (IBC)
12. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 25 onwards
13. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)
14. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, XLS Refer Sheet 1 “Decl. & Accept.-on-Tender-
TERMS & CONDITIONS T&C” in XLS file named “Bid_Documents”
15. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in
XLS file named “Bid_Documents”
16. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC
(Imp)” in XLS file named “Bid_Documents”
17. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b)
“Deviations_Commercial” in XLS file named
“Bid_Documents”
18. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 5 “PQC Doc- details” in XLS file
named “Bid_Documents”
19. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 6 “Un priced-BOQ” in XLS file
named “Bid_Documents”
20. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 7 “Holiday-list-declaration” in XLS
file named “Bid_Documents”
21. GST DETAILS XLS Refer Sheet 8 “GST Details” in XLS file named
“Bid_Documents”
22. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST PDF (UPLOADED SEPARATELY AS ADDITIONAL
OF IOCL APPROVED TPI AGENCIES DOCUMENT)
23. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
24. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
25. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)

List of IOCL directors is available at https://www.iocl.com/AboutUs/Management.aspx


ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.
In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be –
(i) Scope of Supply Cum Technical Specifications documents.
(ii) Special Terms & Conditions of Tender
(iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
(iv) General Purchase Conditions.

Page 2 of 25
TENDER NO. : JRMM188151

1. NOTICE INVITING TENDER (NIT)– E-TENDER


TENDER NO. : JRMM188151
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at
G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-
tender under SINGLE BID (PART-I: Techno-Commercial Bid & Price Bid) from bonafide
experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender
covering following items. The details of the tender are given below:

Material Description Supply of Pipes


Quantity As per BOQ/Enquiry document
Type of Tender Open tender
EMD Amount Rs.20,415/-
(in INR)
EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,
Central/State PSUs & Govt. Organizations and JVs of IOCL.
Please refer “General Instruction to bidders” for information on EMD submission.
TENDER DOWNLOAD/ SALE Please refer “Critical Dates table” in Tender Details at e-tender Portal
PERIOD
BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal
Pre Bid Meeting Not applicable
BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal
Tender will be opened online on https://iocletenders.nic.in/, on or
after mentioned date & time.
Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase),
GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT,
Phone- +91-2652237265 /2237269 / 2237256 /2237251
E-mail : deshmukhas@indianoil.in; chaudar@indianoil.in;agarwala1@indianoil.in;
baruas@indianoil.in
• Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web
site https://iocletenders.nic.in/
• Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website.
• Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non Press E-tenders/Any Addendum / Corrigendum / Sale date extension in


respect of above tender shall be issued on our website : https://iocletenders.nic.in only and
no separate notification shall be issued in the press. Bidders are therefore requested to
regularly visit our website to keep themselves updated.

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 25
TENDER NO. : JRMM188151

2.0 PRE-QUALIFICATION CRITERIA(PQC):


2.1 TECHNICAL CRITERIA:

Not Applicable

2.2 FINANCIAL CRITERIA

The annual turnover of the bidders during any of the preceding three financial years should be at
least Rs. /-

2.3 COMMERCIAL EXPERIENCE CRITERIA:


For experience, the order(s) executed by the bidder, during the last five years ending on the last day of the
month immediately preceding the month in which the last date of bid submission falls on FOR / FOB Dispatch
Point basis, should be as under:

Three orders each executed for “ Pipes of carbon steel/ Alloy steel/ stainless steel Metallurgy” where executed
value is not less than the amount equal to Rs.5,14,971 /-

OR

Two orders each executed for “ Pipes of carbon steel/ Alloy steel/ stainless steel Metallurgy” where executed
value is not less than the amount equal to Rs. 6,86,628/-

OR

One order executed for “ Pipes of carbon steel/ Alloy steel/ stainless steel Metallurgy” where executed value is
not less than the amount equal to Rs.8,58,285 /-

NOTE:-

1. FOB/FOR Dispatch point price (inclusive of P& F and TPI charges, if any) shall be considered for arriving
at the executed order value. However, in case any other cost component like Freight charges, Taxes &
Duties etc. are not indicated separately and are already included in the Purchase Order Value, as evident
from the submitted Purchase order copies, then executed order value shall include such inclusive cost
components also for the purpose of PQC evaluation.

2. Foreign orders in currency other than USD shall be converted to USD on the date of the said Purchase
Order (Global Tenders). Orders in currency other than INR shall be converted to INR on the date of the said
Purchase Order (National Tenders).RBI reference rate shall be considered for forex conversion.

3. For fulfilling the commercial experience criteria any one of the following documents are to be submitted
along-with the un-priced bid as valid proof for meeting the criteria:

a) Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against
the invoices covering the “ similar order” have been executed to the required value.

b) Purchase Order copy along with Bank Certificate indicating payment against the PO.
Page 4 of 25
TENDER NO. : JRMM188151

c) Execution certificate by client with order value.

d) IOCL executed Purchase Orders.

e) Any other document in support of order execution like TPI release note, etc.

4. For fulfilling the financial criteria, any one of the following are to be submitted along-with the un-priced bid
as valid proof for meeting the criteria:

a) An audited balance sheet of the bidder.

b) Published Annual report.

c) In case the balance sheet is available in the public domain the same shall be accepted, necessary link
to be uploaded by the bidder.

OTHER NOTE:-
(A). The requirement for submission of audited financial statement is sometimes not accepted by some foreign
bidders due to their internal / local regulation (particularly in case such bidders are subsidiaries of other foreign
company). Instead of this they prefer to submit CEO / CFO certificate (the parent company for itself or for its
subsidiary) for their turnover or the financial statement.
In such case CEO / CFO’ s certificate in original from the company or from the parent company (in case bidder
is a subsidiary) stating the turnover of the bidding entity along with a declaration that the bidding company is
not in a position to submit its financial statement as per the local / internal regulation (clearly specifying the
applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor / Certified Public
Accountant (not being an employee or a Director or not having any interest in the bidder(s) company /firm)
may be accepted.
Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a
Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO /
CFO’ s certificate due to local regulations, CEO / CFO’ s certificate in original without endorsement may be
accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO
certificate.
(B). Similarly in case where the bidder cites the reasons of Non Disclosure Agreement (NDA) for its inability
to submit necessary documents in support of meeting the experience criteria, a certificate, in original, certifying
all the required information, issued by CEO / CFO of the company along with a declaration that the bidding
company is not in a position to submit the required documents owing to the NDA with an endorsement by
Chartered Accountant / Statutory Auditor /Certified Public Accountant (not being an employee or a Director or
not having any interest in the bidder(s) company / firm) may be accepted.
Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a
Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO /
CFO’ s certificate due to local regulations, CEO / CFO’ s certificate in original without endorsement may be
accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO
certificate.

5. In case a foreign bidder submits any of the Pre Qualification support documents in any language other than
English, then it will be the responsibility of such foreign vendor to also provide the English translation copy
of the same duly certified, stamped and signed by their Local Chamber of Commerce.

6. Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified in the
Tender.

Page 5 of 25
TENDER NO. : JRMM188151

7. IOCL reserves the right to complete the evaluation based on the details furnished with the bid without
seeking any additional information.

8. A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet
the Experience Criteria.

9. Submission of authentic documents in time is the prime responsibility of the bidder.

a. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any


document, IOCL reserves the right of getting the documents cross verified from the document issuing
authority.

10. The bidder entity should ensure that only one bid is submitted by them directly or by their Agents* on
behalf of the bidder entity or as a Consortium Partner ( if applicable in tender). In case it is found that
bidder entity has submitted more than one bid, all their bids in the tender are liable for rejection.

* Agents for the above purposes would be one who agrees and is authorized to act on behalf of another, a
Principal, to legally bind an individual in particular business transactions with third parties pursuant to an
agency relationship.

Submission of bids by different offices / branches of the bidder entity will be considered as bids from the
same bidder entity and will be liable for rejection.

11. Offer from the following type of bidders will not be considered:

(a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding under
Insolvency and Bankruptcy Code, 2016 (Code).

(b) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the
Code at any stage of evaluation of the bid.

Page 6 of 25
TENDER NO. : JRMM188151

3. GENERAL INSTRUCTIONS TO BIDDERS:


3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial
Bid and COVER-2: Price Bid) in case of Two bid Tender and in 1 (ONE) COVER in
case of Single bid Tender in electronic form only through Indian Oil e-tendering
system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain:


i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers
Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and
digitally signed as bidder’s acceptance and confirmation :
a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON
ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS
b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER
c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS
(INDIGENOUS)/ (IMPORT)
d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA
FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL
e. Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as
per Tender.
f. Sheet 6 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT.
g. Sheet 7 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING
h. Sheet 8 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If


applicable as per Tender) as per details submitted in Sheet 5 “PQC Doc-
details”- PROFORMA FOR PQC DOCUMENTS DETAILS

iv. On date valid copy of MSE certificate (if applicable) and /or Bank details as per
format given in additional documents (if applicable). IN CASE THESE
DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE, ONLY
INDICATING “NOT APPLICABLE”

v. Any other documents IF specifically asked to be uploaded, in the relevant packet.

COVER-2: PRICED BID should contain:


i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be
uploaded strictly as per format available with the tender in the website failing
which the offer is liable for rejection. “The Prices should be quoted in
‘Price BOQ’ only and should not be quoted in any other document”

Page 7 of 25
TENDER NO. : JRMM188151

NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1.
In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for
commercial loading, it will be assumed that the bidder has not accepted the specific clause
and specified commercial loading shall be done for evaluation purpose. No confirmation shall
be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft, Bankers
Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of
BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be
strictly as per IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD
instrument i.e. Bank Guarantee has to be uploaded in the un-priced bid and the bidder
should also ensure that the above mentioned Original BG in physical form duly enclosed
in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid
Submission End Date & Item, is received at the Office of DY GENERAL MANAGER
MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O.
Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against
receipt shall be considered as receipt time.

ii) Only those Physical BG instruments found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for FOREIGN BIDDERS
a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft/ Bankers
Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank
Page 8 of 25
TENDER NO. : JRMM188151

Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank
Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.

In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers


Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un-
priced bid and the bidder should also ensure that the Original EMD instrument in physical
form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name,
Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL
MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery,
P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt /
DAK section against receipt shall be considered as receipt time.

ii) Only those Physical EMD instrument found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their Indian
associates may be allowed to submit EMD in INR in form of only Online payment at IOCL e-
tender portal.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.”

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : State Bank of India


Account Number : 10135305063
Bank IFSC code : SBIN0000568
Branch Name : Gujarat Refinery
Address : Bajwa Branch, PO. Jawaharnagar (Adjacent to Indian Oil Corporation Ltd.
Administrative Building), Vadodara, Gujarat 391320

Please ensure to indicate Tender No., Bankers name, contact person name, phone, email,
and Fax No. on Bank Guarantee covering letter of the Bank and on envelop, to expedite BG
confirmation from your bankers, as required by IOCL.

BGs less than Rs. 1 cr may be accepted from any scheduled bank (including nationalized
banks, other scheduled commercial banks, scheduled cooperative banks and scheduled
regional rural banks) as appearing in the Second Schedule to the RBI Act 1934.

BGs of Rs. 1 cr and above may be accepted, which is issued by any of the following Banks:
Page 9 of 25
TENDER NO. : JRMM188151

1. Allahabad Bank
2. Bank of Baroda
3. Bank of India
4. Bank of Maharashtra
5. Canara Bank
6. Central Bank of India
7. Corporation Bank
8. Indian Bank
9. State Bank of Bikaner & Jaipur
10. State Bank of Hyderabad
11. State Bank of India
12. State Bank of Mysore
13. State Bank of Patiala
14. State Bank of Travancore
15. UCO Bank
16. Union Bank of India
17. United Bank of India
18. Vijaya Bank
19. Andhra Bank
20. Dena Bank
21. IDBI Bank
22. Indian Overseas Bank
23. Oriental Bank of Commerce
24. Punjab & Sind Bank
25. Punjab National Bank
26. Syndicate Bank
27. ICICI Bank
28. HDFC Bank
29. Kotak Mahindra Bank
30. South Indian Bank
31. Federal Bank
32. Exim Bank
33. ING Vysya Bank
34. Axis Bank
35. Yes Bank
36. Citi Bank n.a.
37. HSBC Bank
38. Deutsche Bank ag
39. Bank of America n.a
40. Royal Bank of Scotland
41. BNP Paribas
42. Bank of Nova Scotia
43. Bank of Tokyo-Mitsubishi UFJ Ltd.
44. Mizuho Corporation Bank Ltd
45. Barclays Bank Plc
46. ANZ Bank
47. JP Morgan Chase Bank
48. Standard Chartered Bank
49. DBS Bank
50. First Rand Bank

BGs from any bank other than above can be accepted only if the same is counter-
guaranteed by any of the above 50 banks.

In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per
tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG
should not fall below the rating of 'A' from Moody's or equivalent (from other rating
agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from
Page 10 of 25
TENDER NO. : JRMM188151

other rating agency) in case of Indian banks during the tenor of the BG. In case the rating
falls below threshold level at any time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through any of the bank acceptable to IOC.

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender
portal. The UNPRICED BIDS shall be opened on or after the date and time indicated in
“Critical dates”. IOCL reserves the right to extend the Tender due date before bid
opening. The PRICED BIDS of the Techno-Commercially acceptable bidders shall be
scheduled for opening, at IOCL e-tender portal on a suitable date, and shall be opened
online on or after this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be
submitted well in advance to avoid any last minutes hurdles or inconvenience. Please
note that that tender issuing authority is not responsible for the delay / non
downloading of tender document by the recipient due to any problem in accessing the
e-tender website. The tender issuing authority is also not responsible for delay in
uploading bids due to any problem in the e-tender website.

3.7 In case of involvement of foreign vendors, tenders can be submitted either by the
vendor directly or by their Indian agent on behalf of them, but not both. The Indian
agent should represent only one vendor and he is not allowed to quote on behalf of
another vendor for subsequent or parallel tender for the same job.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable)
should be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL,
Gujarat Refinery payable at Vadodara.

3.9 Release of EMD :


a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released
immediately after approval of Price Bid Opening.
b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid
stage shall be released immediately after final approval of the ordering proposal by the
competent authority.
c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. In case
PBG is not applicable, EMD of successful bidder shall be returned after ordering.

3.10 EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,Central/State
PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to allow purchase
preference to MSEs, DMEPs (if applicable as per tender) and to JV Companies as per
IOCL policy in vogue.

3.11 Please quote your rates, other charges and applicable taxes in the space provided in
the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as
applicable.
Page 11 of 25
TENDER NO. : JRMM188151

3.12 In case any Taxes, freight and other components asked for in the Tender are not
indicated by the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated based on evaluation criteria,


Commercial loadings will be as per scope of the tender. The GST rates and HSN/SAC
codes quoted by the bidder shall be treated as final. Any higher rate of tax actually
invoiced shall be adjusted in price. Generally the lowest bid (Item-wise) shall be
accepted, unless otherwise specified/decided by IOCL in its own Interest. Foreign bids
shall be compared considering Bill Selling Rate released by SBI on the date of Price bid
opening.

In case of tie of evaluated cost between two or more bidders, discount may be taken
from all the L1 bidders through price negotiation. In case, there is still a tie, quantity
may be equally divided amongst the bidders. In case, quantity cannot be divided, the
bidder with maximum turnover may be ordered the full quantity.

3.14 Bidders must submit specific loss control aspects of the offered materials.

3.15 Only Biodegradable / recyclable / reusable type packing material should be used for
supply of materials.

3.16 Suo-moto increase in price or withdrawing of Offer within the validity period shall not
be allowed and the Offer shall be rejected. Further the vendor shall be liable for action
as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall
not be considered for evaluation. However, if the same supplier happens to get the
order based on original price bids, the benefit of such reduction shall be availed of for
placement of order.

3.17 On account of exigencies, in case bids have to be revalidated before PBO beyond the
originally sought validity, the same may be allowed with or without change in prices.
However, IOCL reserves the right to cancel such tender and refloat the same.

3.18 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL
reserves the right to conduct Negotiations.

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and to
accept or reject any bid or all the bids without assigning any reason and without incurring
any liability to the affected bidder(s). IOCL reserves the right to reject, accept or prefer any
tender or to abort the bidding process without assigning any reason whatsoever.

3.20 Tender can be abandoned without assigning any reason and no compensation shall be paid
for the efforts made by the bidder.

3.21 Although normally the lowest responsive bid amongst the bids submitted by bidders are
considered by IOCL to be qualified and competent shall be preferred, IOCL reserves the
right not to accept the lowest bid if in its opinion this is not in the interests of IOCL.
Page 12 of 25
TENDER NO. : JRMM188151

3.22 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.23 A Tender is also liable for rejection in the following circumstances:

i. Does not pay the EMD before deadline


ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents
iii. Submits the tender late i.e. after due date and time
iv. Unsolicited tenders
v. Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations,
rendering his bid unacceptable
vii. Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
viii. Does not fill in and digitally sign the required annexures, specifications, etc. as
specified in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the
bid
x. Indulges in tampering of tender documents
xi. Does not conform to any tender condition which stipulates non-conformance of
tender conditions as a rejection criteria

3.24 EMD shall be forfeited and the vendor may be put in holiday list in case:
a)The Tender is accepted and the vendor fails to furnish Performance Bank
Guarantee (if applicable) or to execute the contracts within the stipulated period.
b) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the
bids (un-priced bids in case of 2 bid tender) and within the validity period. In
such a case, the tender submitted by the bidder shall be liable for rejection.
c) Tampering of e-documents.

3.25 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and
if yes, whether the agreement for royalty payment with IOCL is valid. The vendor
should also enclose an undertaking for the applicable royalty rate payable to IOCL
(R&D), while submitting the offer. Gujarat refinery shall cross check the applicable
royalty from R&D centre, while evaluating the bids. Incentive will be considered while
evaluating the bids by applying negative loading to the rates quoted by manufacturers
using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after
adjustment of taxes and surcharges, if any.

3.26 Supplemental letters for revision in prices received from bidders shall be considered
only in those cases where the revision in the price is asked for by IOCL based on
changes in specification/scope of work/commercial terms and conditions.

3.27 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.28 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents,
Page 13 of 25
TENDER NO. : JRMM188151

regarding their past experience and other information required to facilitate due
evaluation / consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any


particular, considered by the OWNER to be relevant for the evaluation of the bid /
tender, or is found by the OWNER to misrepresent the facts, or if any of the documents
submitted by the tenderer / bidder in support of or relevant to the bid /tender is found
by the OWNER to be forged, false or fabricated, the owner may reject the bid, and
without prejudice to any other right(s) of action or remedy available to the owner, the
owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money
deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the
OWNER for the expenses incurred by it in considering the bid (and not by way of
penalty) and take action for putting the bidder / tenderer on holiday list for such period
as the OWNER in this behalf considers warranted and / or to remove the bidder /
tenderer from the approved list of vendors.

3.29 Refinery being sensitive establishment from fire and safety point of view therefore
vehicle shall be allowed in battery area only equipped with fire extinguisher and spark
arrestor. The personal entering refinery area shall be equipped with PPEs.

3.30 Truck / Tanker should report at IOCL, Gujarat refinery's gate by 8.30 am (excluding
Sundays or holidays) in order to facilitate unloading at the earliest and release of
trucks.

3.31 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated
revision and all other applicable laws of land during transportation of the material
from bidder’s works to Gujarat refinery.

3.32 Successful Vendor to indicate the name of driver/khalasis on the lorry receipt/challan
etc. so that the same can be verified at the entry gate while allowing entry by CISF.
This is required for enhancing security measures for incoming material.

3.33 Successful Vendor to also ensure availability of required original and valid documents
like RC Book, Insurance Papers, Fitness certificate of Vehicle
(Tanker/Truck/Container), Driving License and Cleaner’s photo pass etc. at the time of
dispatch of Materials & delivery at Gujarat Refinery. This shall enable CISF at Gujarat
Refinery to allow them smoothly inside Refinery due to security reasons and avoiding
any hassles at Refinery Gate. In case of non availability of original RC Book in the
vehicle, Notarised (True Copy) of RC Book will also be accepted.

3.34 Any legal dispute shall be within the jurisdiction of local court of the Purchasing
Office / Authority.

Page 14 of 25
TENDER NO. : JRMM188151

4.Instruction for raising Invoice for GST in Materials


Purchase contracts
Invoice raised shall contain the following particulars-
a) Name, address and GSTIN of the supplier;

b) Serial number of the invoice;

c) Date of issue;

d) Name, address and GSTIN or UIN, if registered of the recipient;

e) Name and address of the recipient and the address of the delivery, along with the State and its code,

f) HSN code of goods or Accounting Code of services;

g) Description of goods or services;

h) Quantity in case of goods and unit or Unique Quantity Code thereof;

i) Total value of supply of goods or services or both;

j) Taxable value of supply of goods or services or both taking into discount or abatement if any;

k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);

l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax, Integrated Tax (for inter-
state supply), Union Territory Tax or cess);

m) Place of supply along with the name of State, in case of supply in the course of inter-state trade or commerce;

n) Address of the delivery where the same is different from the place of supply and

o) Signature or digital signature of the supplier or his authorized representative.

p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following manner-

q) The original copy being marked as ORIGINAL FOR RECIPIENT;

r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and

s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.

t) In case of any advance given against any supplies contract, the supplier of the goods shall issue Receipt Voucher
containing the details of advance taken along with particulars as mentioned in clause 4(a),(b), (c), (d), (g), (k), (l),
(m)& (p).

IOCL GST DETAILS:

LEGAL NAME INDIAN OIL CORPORATION LTD.


PAN AAACI1681G
GSTIN of State of Gujarat i.e. relevant for 24AAACI1681G1ZV
Gujarat Refinery (Excluding LAB Plant)
GST registration number for LAB-BE at 24AAACI1681G2ZU
Gujarat Refinery is

Page 15 of 25
TENDER NO. : JRMM188151

5.EVALUATION CRITERIA FOR COMPARISON OF BIDS:


Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids if not
defined otherwise in tender:
• Basic ex-works cost
• Third party inspection charges, if any
• Packing & Forwarding charges,
• FOB/FCA charges ,if any (in case of foreign vendors/imports),
• All taxes and duties applicable in India for both Indian and foreign bidders/imports:
• Port handling charges (for foreign vendors/imports)
• Marine/Air Freight (in case of foreign bidders/imports),
• Inland Freight ( in case of foreign bidders/imports as well as indigenous bidders)
• Transit Insurance (Marine/Air insurance for foreign bidders/imports & inland insurance
for both)
• Testing charges, if applicable
• Technical and commercial loadings, as defined in the Tender document.
• Any other charges indicated by the bidder

For Foreign Bidders/Imports:-

Comparison cost shall be arrived at considering all components as mentioned below :

i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)

ii. Marine insurance (Warehouse to Warehouse) @1%

iii. Prevailing rate of Customs Duty.

iv. All taxes and duties applicable in India

v. Port handling charges @ 3%

vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry

Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of
India as on the date of price bid opening.

Page 16 of 25
TENDER NO. : JRMM188151

6. Tender Conditions for Benefits/Preference for Micro & Small Enterprises


(MSEs)
i. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt.
of India, MSEs must be registered with any of the following in order to avail the benefits/preference
available vide Public Procurement Policy MSEs Order, 2012.

a. District Industries Centers (DIC)


b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME

ii. MSEs participating in the tender must submit the certificate of registration with any one of the
above agencies, along with their bid.

iii. The registration certificate issued from any one of the above agencies must be valid as on close date
of the tender. The successful bidder should ensure that the same is valid till the end of the contract
period.

iv. The MSEs who have applied for registration or renewal of registration with any of the above
agencies / bodies, but have not obtained the valid certificate as on close date of the tender, are not
eligible for exemption/preference.

v. The MSEs registered with above mentioned agencies / bodies are exempted from payment of
Tender Fee, if any and Earnest Money Deposit (EMD), if any.

vi. Purchase Preference – Subject to meeting terms and conditions stated in the tender document
including but not limiting to prequalification criteria, twenty five percent of the total quantity of the
tender is earmarked for MSEs registered with above mentioned agencies/bodies.

MSE registered as Manufacturer shall be allowed for Purchase Preference


as under:

1. Single item tender (shall not be split) or Multiple items tender (which
cannot be split as per tender conditions):
In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1
price) shall be allowed to supply total tendered value provided its price is within the price band of
L1 price + 15 percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to
L1 price) refuses to match the L1 price, then the next MSE bidder (whose price is 2nd nearest to L1
price and is within a price band of L1 price + 15%) shall be allowed to supply total tendered value,
provided it matches the L1 price and so on. If no MSE bidder whose price is within a price band of
L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Order shall be placed
on the L1 bidder.

Page 17 of 25
TENDER NO. : JRMM188151

2. Multiple items tender (tenders which can be split):


a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items
>=25% of the total tendered value: Purchase Preference shall not be applicable for the
balance items.

b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE
bidder(s) is within a price band of L1 price + 15%, “such” items will be offered to MSE
bidder(s) (whose price is nearest to L1 price) for price matching as detailed below. On price
matching Purchase Order for “such” items shall be placed on the concerned MSE bidder(s):

(i) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items
where the L1 price is that of MSE bidder(s), is less than 25% of the total tendered value: All
“such” items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1
price) refuses to match the L1 price, the item will be ordered on the L1 bidder.

(ii) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of
items where the L1 price is that of MSE bidder(s) is >=25% of the total tendered value: “Such”
items will be offered for price matching in such a way that the Sum Total of the total evaluated L1
price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE
bidder(s) is at least 25% of the total tendered value. The Items to be offered to MSE bidder(s) will
be selected on the basis of the % difference between the L1 price and MSE bidder price (whose price
is nearest to L1 price) in ascending order. During this exercise in case the MSE bidder (whose price
is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder and
will not be replaced by new item for price matching even though the above mentioned 25% of the
total tendered value is not achieved.

For e.g.
There are 10 line items in a tender.
 In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less
than 25%
 In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price
band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above
in b)ii).

Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2
line items of (B) adds up to 25% or more of the total tendered value, then first 2 line items of (B)
only will offered for price matching.

Type Of Tender Price Quoted By MSE How To Finalize Tender


Can be split L-1 Full order on MSE
Can be split Not L-1 but within L- % 25% order on MSE subject to matching
1+15 L-1price
Cannot be split L-1 Full order on MSE
Cannot be split Not L-1 but within L- Full order on MSE subject to matching L-1
1+15 price

Page 18 of 25
TENDER NO. : JRMM188151

3. Single Item Tenders (which can be split):-


In case the L1 price is that of a non MSE bidder and price of MSE bidder(s) is within a price band of
L1 price + 15%, then MSE bidder(s) shall be allowed to supply 25% of the total tendered quantity
provided they match the L1 price. In case there is more than one such MSE bidder then the 25% of
the total tendered quantity shall be divided among those MSE bidders as per IOCL guidelines for
splitting of tenders (refer Note b). If no MSE bidder whose price is within a price band of L1 price +
15% accepts to match the price of the L1 bidder then the L1 bidder shall be allowed to supply the
entire tendered quantity.

A. Guidelines for splitting of 25% of the total tendered quantity: In case the price of two or more MSE
bidders is same, then splitting shall be done equally amongst these bidders. In case there are two
MSE bidders with different prices then the splitting shall be done among L1 & L2 bidder in the ratio
of 60:40. Similarly in case of 3 MSE bidders the splitting shall be done among L1, L2 & L3 bidder in
the ratio of 50:30:20 and in case of 4 MSE bidders the splitting shall be done in the ratio of
40:30:20:10.

4. Single Item tenders which are to be split in predetermined lots like


60:40, 50:30:20 etc.

Single item tender which is to be split in predetermined quantity lots (60:40, 50:30:20 etc.)
to ensure multiple sources of supply at the same L1 price:

A. If any MSE bidder is eligible to supply any of the predetermined lots by the virtue of being the L1
bidder or by matching the price of the L1 bidder as per the tender conditions for lot system, then no
Purchase preference shall be applicable.

B. In case the L1 price is that of a non MSE bidder and no MSE bidder is eligible to supply any of the
predetermined lots by matching the price of the L1 bidder as per the tender conditions for lot
system but the price of MSE bidder(s) is within a price band of L1 price + 15%, then the MSE bidder
(whose price is nearest to L1 price) shall be allowed to supply the smallest lot size of the tender,
provided they match the L1 price. In case this MSE bidder refuses to match the price of the L1
bidder then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of
L1 price + 15%) shall be allowed to supply this smallest lot size of the tender, provided they match
the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15%
accepts to match the price of the L1 bidder then the Purchase Orders shall be placed as per the
tender conditions of lot system.

Note:
• Total Tendered value means Total lowest evaluated Price.
• Price means Evaluated Price.
• A line item of the tender shall not be further split in multiple items tender. (FOR SR NO -2 i.e.,
Multiple items tender (tenders which can be split))
• Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the
right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to
match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated
L1 price but all other criteria defined above shall be based on Negotiated L1 price.
Page 19 of 25
TENDER NO. : JRMM188151

vii. Out of the twenty Five percent target of annual procurement from micro and small enterprises four
percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled
Caste & Scheduled Tribe entrepreneurs and 3% shall be earmarked for Micro & small enterprises
owned by women . In the event of failure of such MSEs to participate in the tender process or meet
the tender requirements and L1 price, four percent and three percent sub-target so earmarked
above shall be met from other MSEs.

viii. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority
must be submitted by the bidder in addition to certificate of registration with any one of the
agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary
documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned
by SC/ST is defined as:

a. In case of proprietary MSE, proprietor(s) shall be SC /ST


b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the
enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

NOTE:

1. In case where tender quantity can be split and MSE vendor is already getting order for
more than 25% of the tender value, no additional purchase preference is required to be
given in that tender.

2. In case MSE vendor is already getting order for less than 25% of the tender quantity,
purchase preference to this and other MSE vendors (together) shall be given only up to the
differential quantity to make total as 25% to MSE vendor.

Page 20 of 25
TENDER NO. : JRMM188151

7. Tender Conditions with Implementation of Insolvency


and Bankruptcy Code, 2016 (IBC)

(a)It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order
of insolvency resolution process or liquidation or bankruptcy proceeding passed by the
Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery
Tribunal (DRT) under the Code.

(b) If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding in their bid or at any later stage, their
offer is liable to be rejected by IOCL.

(c ) IOCL reserves the right to cancel/terminate the contract without any liability on the part of
IOCL immediately on the commencement of insolvency resolution process or liquidation or
bankruptcy proceeding of any party under the contract.

(d) IOCL reserves its right to evaluate and finalise the bid without considering the bid of any
party undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the
Code regardless of the stage of tendering.

(e) A declaration / undertaking shall be submitted by the bidder in the Format (as per
ANNEXURE) along with techno commercial bid.

Guide lines for Evaluation & Short closure:

a) After opening of price bid but before award, if a bidder(s) is(are) rejected due to initiation of
insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and
Bankruptcy Code, 2016 (Code), tender will be finalized ignoring such bid(s).

b) During execution of contract, if insolvency resolution process or liquidation or bankruptcy


proceeding under Insolvency and Bankruptcy Code, 2016 (Code) is initiated against a contractor
and IOCL decides to short close the contract, same will not attract clause of risk and cost of
GCC.

Page 21 of 25
TENDER NO. : JRMM188151

ANNEXURE

PERFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY


CODE, 2016

Tender No. : ………………………………


Name of Work : ………………………………
Bidder ’s Name : ………………………………………………………. .

I/ We, M/s. __________________________________ declare that:-

(i) I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy
proceeding as on date.
(ii) I /We am / are undergoing insolvency resolution process or liquidation or bankruptcy
proceeding as on date as per Details mentioned below. (Attached detail with technical bid)

Note: Strike out one of above which is not applicable.

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have
the right to reject my / our bid, and forfeit the EMD, if the bid has resulted in a contract, the
contract will be liable for termination without prejudice to any other right or remedy (including
holiday listing) available to Indian Oil Corporation Ltd.

Place:
Date: Signature of Bidder
Name of Signatory

Page 22 of 25
TENDER NO. : JRMM188151

8. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC)


APPLI CABLE ONLY FOR GLOBAL TENDERS

INSTRUCTIONS FOR PREFERENCE (LINKED WITH LOCAL CONTENT)- PPLC

Bidders seeking benefit under “Purchase Preference (linked with local content) (PP-LC)” policy are
required to submit in the Price Bid (as an additional pdf document apart from Priced BOQ), the price break-up
of “ local component” and “ Imported component” in the format for calculation of local content as defined in
Annexure-II to the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, otherwise no
benefit shall be given.

In case, bidders are not eligible for any preference as per the PP-LC policy, they should also submit additional
pdf document apart from Priced BOQ, by indicating “ Not applicable” , in the Price Bid.

For availing the benefit under “Purchase Preference (linked with local content) (PP-LC)” policy, the bidder
has to submit/provide the following:

a) Declaration of preference of policy in “ Agreed Terms & Conditions” format of tender in un-priced bid.

b) Undertaking on bidder’ s letter head confirming their meeting the local content duly certified as defined in
Cl. No. 5.1. under the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, in un-
priced bid.

c) Calculation of local content as defined in Annexure-II to the heading “ Purchase Preference (linked with
Local Content)2017 (PP-LC)” , in priced bid.

Page 23 of 25
TENDER NO. : JRMM188151

Gujarat Refinery

APPLI CABLE ONLY FOR GLOBAL TENDERS

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No.
JRMM188151

Dear Sir
Indian Oil Corporation Limited (IOCL), Gujarat Refinery have published the subject
E-Tender on website https://iocletenders.nic.in. For participating in the E-Tendering,
Digital Signature Certificate (DSC) is required as mentioned in the Instructions to Bidders
of the Tender Document. Procedure for obtaining Digital Signature by Foreign Vendors
is attached in subsequent pages of this document. As per the procedure, one of the
documents required is “Invitation letter from the Tender Inviting Authority for participation
in the Tender”. This letter is an Invitation to all Foreign bidders, who meet the Pre-
Qualification Criteria as specified in the Tender documents and wish to participate in the
subject E-Tender. The evaluation of bids and selection of the successful bidder shall be
as per the Tender documents and guidelines of Indian Oil Corporation Ltd. which will be
final and binding on all the bidders.

Yours faithfully,

For and on behalf of Indian Oil Corporation Limited

DEPUTY GENERAL MANAGER(MATERIALS-PURCHASE)

Page 24 of 25
TENDER NO. : JRMM188151

9.SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS


All the supplied materials shall be of the following MAKEs only:
i. M/s. Beneler AG
j. M/s. TPS Techni Tube
k. M/s. JFE Steel Corporation
l. M/s. Nippon Steel & Sumitomo Metal
m. M/s. Arcelor MIttal Tubular Products Roman SA,Romania
n. M/s. BHEL, Trichy
o. M/s. KASCO
p. M/s. Maharashtra Seamless Ltd.,
q. M/s. Tubos Reunidos SA
r. M/s. Vallourec and Mannesmann Tubes
s. M/s. Wyman Gardon Forgings
t. M/s. ISMT
u. M/s. SAIL
v. M/s. TISCO
w. M/s. Jindal Saw Limited

Page 25 of 25
ENQUIRY

Enquiry No.:JRMM188151

_________________________________________________________________
SINGLE BID

Dear Sir,

We shall be grateful to receive your quotation filled in the copy ofthis enquiry
for the supply of following items.

Sr.no.Item Code and Unit Qty


Description

GROUP: 1
PIPE,CS
MANUFACTURING PROCESS : SEAMLESS
MATERIAL SPECIFICATION : ASTM A106
GRADE : B
END FINISH : BEVEL END
END FINISH CONFORM TO ANSI B16.25
DIMENSION STANDARD :ANSI B 36.10
ADDITIONAL REQUIREMENTS: HYDROGEN SERVICE
NPS NPS OD THICK SCH WTDESIG
MM INCH MM MM

0010 4109113504 M 100.000


Meter
350 14 355.6 9.53 30 STD

BREAKUP OF QUANTITY
Gujarat Refinery : 100.000M

Signature of Vendor with Office Seal

PAGE 2 OF 7
ENQUIRY

Enquiry No.:JRMM188151

Sr.no.Item Code and Unit Qty


Description

GROUP: 2
PIPE, CARBON STEEL
MANUFACTURING PROCESS: SEAMLESS
MATERIAL SPECIFICATION: ASTM A106
GRADE: B
END FINISH: BEVEL END
END FINISH CONFORM TO ANSI B16.25
DIMENSION STANDARD: ANSI B 36.10
NPS NPS OD THICK SCH WTDESIG
mm Inch mm mm

0020 4110112154 M 275.000


Meter
PIPE,CARBON STEEL
6 STD

BREAKUP OF QUANTITY
Gujarat Refinery : 275.000M

0030 4110110994 M 275.000


Meter
50 2 60.3 5.54 80 XS

BREAKUP OF QUANTITY
Gujarat Refinery : 275.000M

GROUP: 3
PIPE, CARBON STEEL
MANUFACTURING PROCESS: SEAMLESS
MATERIAL SPECIFICATION: ASTM A106

Signature of Vendor with Office Seal

PAGE 3 OF 7
ENQUIRY

Enquiry No.:JRMM188151

Sr.no.Item Code and Unit Qty


Description

GRADE: B
END FINISH: PLAIN END
DIMENSION STANDARD: ANSI B 36.10
NPS NPS OD THICK SCH WTDESIG
mm Inch mm mm

0040 4110100474 M 600.000


Meter
20 3/4 26.7 5.56 160

BREAKUP OF QUANTITY
Gujarat Refinery : 600.000M

Signature of Vendor with Office Seal

PAGE 4 OF 7
ENQUIRY

Enquiry No.:JRMM188151

All the supplied materials shall be of the following MAKEs only:

I. M/s. Beneler AG
II. M/s. TPS Techni Tube
III. M/s. JFE Steel Corporation
IV. M/s. Nippon Steel & Sumitomo Metal
V. M/s. Arcelor MIttal Tubular Products Roman SA,Romania
VI. M/s. BHEL, Trichy
VII. M/s. KASCO
VIII. M/s. Maharashtra Seamless Ltd.,
IX. M/s. Tubos Reunidos SA
X. M/s. Vallourec and Mannesmann Tubes
XI. M/s. Wyman Gardon Forgings
XII. M/s. ISMT
XIII. M/s. SAIL
XIV. M/s. TISCO

PAGE 5 OF 7
ENQUIRY

Enquiry No.:JRMM188151

XV. M/s. Jindal Saw Limited

Signature of Vendor with Office Seal

PAGE 6 OF 7
Annexure-H

TECHNICAL NOTES
(GENERAL SPECIFICATION)
FOR
SEAMLESS, ERW
&
EFSW PIPES

Prepared by Checked by
Signature
Name/ Designation Sajid Ansar, CMNM(M&I) (S. G. Chaudhuri)
DGM(M&I)
09.09.2013 09.09.2013
Date

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 1 of 17


1.0 GENERAL

1.1 All pipes and their dimensions, tolerances, chemical composition,


physical properties, heat treatment, hydro-test and other testing and
marking requirements shall conform to the latest codes and standards
specified in the material description. This section contains certain
additional & special requirements.

1.2 The offered pipes to various ASTM/ ASME standards shall also meet
requirements of Metric unit system of relevant code e.g. ASTM A312
shall also meet requirements of ASTM A312M and ASME B36.10 shall
also meet requirements of ASME B36.10M.

1.3 Testing:

1.3.1 Test reports shall be supplied for all mandatory tests as per the
applicable material specification.

1.3.2 Material test certificates (physical property, chemical composition &


heat treatment report) shall also be furnished for the pipes supplied.
For alloy steel pipes Mill test certificate containing above information
shall be furnished.

1.3.3 All C.S. pipes with wall thickness greater than 24.5 mm shall be impact
tested. If welding is used in manufacture, impact test of Heat Affected
Zone (HAZ) and weld material shall also be carried out. Testing shall
be according to Para 323.3 of ASME B31.3.

1.3.4 Where the pipe material is specified as A312TP304/316L with suffix-RT


the pipe shall be radiographed in accordance with A312 supplementary
requirement S5.

1.3.5 Where the pipe material is specified as A312TP304/316L with suffix-


‘spot radiographed’ the pipe shall be spot radiographed in accordance
with requirement of ASME B31.3 para 341.5.1.

1.3.6 Pipes with a positive quality tolerance of maximum one random length
shall be acceptable (no tolerance on negative side).

1.3.7 PMI test: Positive material specification to be performed at vendors


works on alloy steel pipes and cladded pipes. The extent of PMI
examination as follows:

• 100% (for pipes procured from traders).


• 2 random samples drawn from each size/ heat/ lot (for pipes
procured directly from Mills).

a) For welded pipes PMI shall be performed on base metal as well


as weldments.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 2 of 17


b) Whenever any sample drawn to PMI test on the basis of
percentage selection fails to meet specification requirements,
100% of items of lot shall be tested for PMI.

1.3.8 For Hydrocarbon service, EFSW pipes confirming to ASTM A 672 shall
be 100% radiograph.

1.4 Manufacturing processes:

1.4.1 Steel made by acid Bessemer process shall not be acceptable.

1.4.2 Spirally welded pipes below 24 inch shall not be acceptable.

1.5 Pipes shall be supplied in single or double random lengths of 4 to 7


and 7 to 14 meters respectively.

1.6 Welding joints:

1.6.1 Seamless and E.R.W pipes shall not have any circumferential seam
joint in a random length. However, in case of E.FS.W pipe, in one
random length one welded circumferential seam of same quality as
longitudinal weld is permitted. This weld shall be at least 2.0 m from
either end. The longitudinal seams of the two portions shall be
staggered by 900 single random length in such cases shall be 5 to 7M.

1.7 Unless otherwise mentioned in the respective material code, E. FS. W


/SAW pipes < 36” shall not have more than one longitudinal seam joint
and E.FS.W/SAW pipes> 36” shall not have more than two longitudinal
seam joints.

1.8 Pipe with screwed ends shall have NPT external taper pipe threads
conforming to ASME/ ANSI B1.20.1/ IS554 for 2” to 6” NB.

1.9 Pipe shall be bevelled in accordance with ANSI B16.25, except for
nominal sizes NPS ⊆ 1½“ shall be cut square/ plain end & dimensions
as per ANSI B 36.10. Weld contours shall be as follows:

Material Wall thickness Weld contour


Carbon steel (Except low Upto 22mm Figure 2 Type A
temp. carbon steel) > 22mm Figure 3 Type A
Alloy steel, stainless steel Upto 10mm Figure 4
& low temperature carbon > 10mm & upto 25mm Figure 5 Type A
steel > 25mm Figure 6 Type A

1.10 Galvanized pipes shall be coated with zinc by hot dip process
conforming to ASTM A123/ IS 4736.

1.11 All austenitic stainless steel pipes shall be supplied in solution


annealed condition. All types of 321 or 347 stainless steel pipes shall

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 3 of 17


be in a stabilized heat-treated condition. Stabilizing heat treatment shall
be carried out subsequent to the normal solution annealing. Soaking
time & holding temperature for stabilizing heat treatment shall be 9000C
& 4 hrs respectively.

1.12 All the seamless carbon steel pipes of size 1½” NPS and under shall
be Cold-drawn/ hot finished. Carbon steel seamless pipes of size 2” &
over shall be furnished hot finished. Seamless pipes cold-drawn from
higher thickness pipes are not acceptable.

1.13 I.G.C Test for Stainless Steels:

1.13.1 For all austenitic stainless steel pipes inter-granular corrosion test shall
have to be conducted as per following:

ASTM A262 Practice “B” with acceptance criteria of 60 mils/year(max.)


Or
ASTM A262 Practice “E” with acceptance criteria of “No cracks as
observed from 20X Magnification” & “Microscopic structure to be
observed from 250X magnification”.

1.13.2 When specifically asked for high temperature application for some
grades of austenitic stainless steel (e.g. SS309, 310, 316, 316H etc)
ASTM A262 Practice “C” with acceptance criteria of “15 mils/year
(max.)” shall have to be conducted.

1.13.3 For the IGC test as described as above, two sets of samples shall be
drawn from each solution annealing lot; one set corresponding to
highest carbon content and the other set corresponding to the highest
pipe thickness. When testing is conducted as per Practice ‘E’
photograph of microscopic structure shall be submitted for record.

1.14 All welded pipes indicated as ‘CRYO’ & ‘LT’ shall be impact tested as
per requirement and acceptance criteria of ASME B31.3. The impact
test temperature shall be –196C & -45C for stainless steel and carbon
steel respectively unless specifically mentioned otherwise.

1.15 Specified heat treatment for carbon steel and alloy steel and solution
annealing for stainless steel pipes shall be carried out after weld
repairs. Number of weld repairs at the same spot shall be restricted to
maximum two by approved repair procedure.

1.16 For black or galvanised pipes to IS 1239, the minimum percentage of


elongation shall be 20%.

1.17 All 1Cr-0.5 Mo and 1.25 Cr-0.5Mo seamless pipes shall be normalized
and tempered.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 4 of 17


1.18 For all weld Alloy steel pipes with mandatory requirement of heat
treatment and radiography, radiography shall be performed after heat
treatment.

2.0 PIPES IN HYDROGEN SERVICES:

2.1 All Carbon Steel pipes having wall thickness 9.53 mm (0.375”) and
above shall be normalized. Cold drawn pipes shall be normalized after
the final cold draw pass for all thickness.

2.2 All alloy steel (Cr-Mo) pipes shall be normalized and tempered. The
normalizing and tempering shall be a separate heating operation and
not a part of the hot forming operation. The maximum room
temperature tensile strength shall be 100,000 psi.

2.3 All carbon steel pipes having wall thickness 19 mm (0.75”) and above
shall be post weld heat-treated.

2.4 All alloy steel (Cr-Mo) pipes shall be post weld heat treated irrespective
of type or thickness of weld.

2.5 All austenitic stainless steel grades shall be solution annealed after
welding. 100% radiography of welded joints shall be done both before
and after PWHT.

2.6 For carbon steel pipes hardness of weld and HAZ shall be 200 BHN
(max.). For alloy steel pipes, hardness of weld and HAZ shall be 225
BHN (max.).

2.7 For all austenitic stainless steel, the weld deposit shall be checked for
Ferrite Content (FN). A FN not less than 3% and not more than 10% is
required to avoid sigma phase embrittlement during heat treatment. FN
shall be determined by Ferrite-scope prior to post weld heat treatment
(PWHT).

2.8 For all Carbon Steel (CS) and Alloy Steel (AS) pipes with wall
thickness over 19 mm, Charpy V- notch impact testing shall be carried
out in accordance with paragraph UG-84 of ASME Section VIII, Div 1
for weld metal and base metal from the thickest item per heat of
material and per heat treating batch. Impact test specimen shall be in
complete heat treated condition and accordance with ASTM A 370.
Impact energies at 00C shall average greater than 27 J (20 ft-lb) per set
of 3 specimen, with a minimum 19 J (15 ft-lb).

2.9 If welding is used in manufacture, impact test of Heat Affected Zone


(HAZ) and weld metal shall also be carried out.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 5 of 17


3.0 NACE CARBON STEEL PIPES:

3.1 Pipes under this category shall meet the requirements given in NACE
MR-0103-2007.

3.2 Steel must be fully killed carbon steel type and must have been
produced by Vacuum Degassing process.

3.3 Steel shall be calcium treated for inclusion morphology control.

3.4 Ultimate strength of the steel shall be limited to maximum of 80,000


PSI. The yield versus UT strength shall be limited to maximum of 0.80.

3.5 Carbon equivalent in all CS material shall be calculated per the formula
given below.

CE = C + Mn/6 + (Cr + Mo + V)/5 + (Ni + Cu)/15

3.6 The longitudinal seam of welded pipes shall be subjected to 100%


radiography.

3.7 Only following American Specifications, as specified against each


product are permitted:

ASTM A 106 Gr. B/API 5L GR-B Seamless


API 5L Gr. B, SAW (LONGITUDINAL)
ASTM A 333 GR 1 & 6 SEAMLESS

3.8 Chemistry Control

The chemical analysis shall be carried out on heat as well as on


product as per relevant product material specifications and shall meet
the requirements of Table-1.

SPECIFICATION
ASTM A 106 Gr.B/ API5L Gr. B ASTM A 333
API 5L Gr.B (Seamless) (SAW) GR 1 & 6
C 0.20% max. 0.20% max. 0.20% max
S 0.02% max. 0.003% max. 0.02% max
P 0.03% max. 0.02% max. 0.025% max
Ni 0.4 % max. 0.2 % max. -
CE 0.42 max. 0.40 max. 0.42 max

3.9 Mechanical tests shall be as per specified material specification.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 6 of 17


3.10 Hardness

3.10.1 Maximum hardness shall be limited to 200 BHN at all places including
the weldments and measurement shall be as per ASTM E-18 or ASTM
E-92 respectively.

3.10.2 Hardness test shall be conducted on a sample of each heat and on


each finished product. Waiver may be given only for those products,
which can get damaged due to hardness test. For small products which
cannot be hardness tested individually, the manufacturer shall conduct
test on a random basis by selecting components from production run or
stores batches to ensure that the products complies fully with hardness
requirements. The products for which hardness values are found in
excess of specified value shall be rejected. If the hardness on the
sample of a heat is more than the acceptable value, then the entire raw
material from the heat shall be rejected.

3.10.3 For SS 316 material Moly% shall be 2.3% minimum.

4.0 IBR PIPES

4.1 Pipes under purview of IBR shall be accompanied with IBR certificate
original in Form IIIA, duly approved and countersigned by IBR
authority/ local authority/ manufacturer empowered by the central boiler
board of India and issue inspection certificate in form-IIID. Photocopy
of the original certificate duly attested by the local boiler inspector
where the supplier is located is the minimum requirement for
acceptance.

4.2 For materials 1¼ Cr- ½ Mo (ASTM A335 Gr. P11/ A691 Gr. 1¼ Cr) &
2¼ Cr - 1Mo (ASTM A335 Gr. P22/ A691 Gr. 2¼ Cr), Form III-A
approved by IBR shall include the tabulation of Et, Sc & Sr values for
the entire temperature range given below. Et, Sc & Sr values shall be
such that throughout the temperature range

Et / 1.5 >
Sr / 1.5 > SA
Sc >
Where,
SA : Allowable stress at the working metal temperature (As per
latest addition of ASME B-31.3)
Et : Yield pint (0.2% proof stress at the working metal temperature)
Sc : The average stress to produce elongation of 1%(creep) in
100000 hrs at the working metal temperature.
Sr : The average stress to produce rupture in 100000 hrs at the
working metal temperature and in no case more than 1.33
times the lowest stress to produce rupture at this temperature.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 7 of 17


4.3 For carbon steal pipes under IBR the chemical composition shall
conform to the following:

Carbon (max) : 0.25%


Others (S, P, Mn) : As prescribed in IBR regulation.

The chemical composition as indicated in this clause is not applicable


for pipes other than IBR services.

5.0 HYDROSTATIC TEST

• Irrespective of requirement specified in code all pipes shall be


hydrostatically tested.
• The testing of A106, A333, A335, A358 & A672 shall be as per
A530. A312 & A268 shall be as per A999.
• API5L shall be as per API5L.

5.1 Hydro-testing of pipes (at least one from each batch) shall be
witnessed by TPI at vendor’s shop. Hydro-testing of SS pipes shall be
done with potable water with max. chloride content 250 ppmw (as per
NACE RP-0170) where draining of test fluid is possible.

5.2 Calculation to establish hydro-test pressure shall be performed by


vendor in accordance with the standards. Checking of calculation and
witnessing of hydro-testing shall be performed by TPI agency.

6.0 SCOPE OF INSPECTION BY THIRD PARTY INSPECTION AGENCY

6.1 The scope of inspection shall be read with item description, codes
stipulated in purchase requisition, requirement of test and inspection as
per this technical specification.

6.2 Test to be witnessed:

i) Testing for physical properties.


ii) Visual Inspection & Dimensional check
a) 10% random basis for each heat. Minimum one length in
case of pipe is procured from manufacture.
b) 100% in case the pipe is procured from stockiest/ traders.

iii) Hydrostatic test


a) 10% random basis fro each heat. Minimum one length in
case the pipe is procured from manufacture.
b) 100% in case the pipe is procured from stockiest / traders.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 8 of 17


6.3 Review of documents:

i) Mill test certificate of raw materials.


ii) Material identification reports.
iii) Radiographs (if required).
iv) Heat treatments (if required).
v) Material composition as per NACE (if required).
vi) Manufacturer’s test certificate.
vii) Hydro-test 100%
viii) Supplementary test as required.
ix) Manufacturer’s test certificates for 100% visual & dimension
check in case of manufacturer.

6.4 Third party inspection release note shall contain the information on test
witnessed, documents reviewed, observations/ remarks, identifications,
order status and date(s) of inspection. The original certificate shall be
furnished with supply of material.

6.5 Third party inspector shall stamp each length of pipe based on the
same performed by the manufacturer and shall mention the same in
the inspection release note. For small bore i.e. 1½” and below,
stamping on the bundle of pipes instead of each length may be
considered.

6.6 The inspection and test plan for traders and manufacturer is enclosed
as Annexure-I & II.

6.7 Third party inspection is also required for IBR for seamless, ERW &
EFSW Pipes which will be prior to IBR inspection, the TPI will verify the
documents and dimensional check-up.

7.0 SPECIAL REQUIREMENT

7.1 Applicable in case bidder is not the manufacturer of the quoted pipe.

7.1.1 If trader (vendor) directly supplies the pipes, inspection at its go-down/
stockyard shall be carried out by TPI as per the requirements of this
provision specified earlier & hereunder.

a) TPI shall check the source of pipes. The pipes must be supplied
by the manufacturers, which are enlisted in the approved list of
M/s. EIL and certificate in this regard issued by M/s. EIL is to be
presented to TPI. TPI shall go ahead with inspection only after
being satisfied with the certificate and the certificate should be the
part of inspection release note issued by TPI.

b) Any reputed national or international inspection agency should


have inspected at the works of the pipe manufacturer all those
pipes that are presented to TPI for certification at trader’s

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 9 of 17


stockyard. TPI shall first ensure availability of original certificate,
issued by the reputed national or international inspection agency
in the name of first customer, and shall correlate the same with
the stamp-marks that pipes shall bear.

c) TPI shall endorse on the original certificate, which shall form part
of his inspection report. In case original certificate cannot be
surrendered by trader, TPI shall endorse on a photocopy of the
original certificate and enclose the same with his report.

d) Of each size of the finished pipe, the trader in presence of TPI


shall draw one sample from each lot of 100 lengths (a lot shall
consist of pipes of the same size and wall thickness and the
identical heat of steel), and shall send to the TPI-approved test
house for conduction of the following tests to the conformity of the
relevant standard(s):

i. Tensile test – for all MOC


ii. Product analysis – for all MOC
iii. Flattening test or bend test – for all MOC
iv. Hardness test – for NACE only
v. Impact test – for LTCS only
vi. IGC test – for SS only.
vii. PMI – for AS and SS only (carried out on every length of
pipe).

In no case, however, shall the number of samples drawn for a


size, having same wall thickness, be less than two.

e) TPI shall witness/ review the test-results and endorse the


certificates of the test house towards the conformity of the results
to the standard.

f) TPI shall thereafter stamp the pipes and issue inspection release
note.

g) The trader shall bear the cost for samples, tests and other
incidental expenses, and shall include all such costs in the quoted
rates of the pipes.

h) The vendor shall be liable to furnish the Inspection Documents, in


the specified form, along with the Dispatch Document without
which the Purchaser shall not consider the material to have been
delivered by the vendor. In other words, the material without
proper inspection documents, shall not be considered delivered as
per the interpretations of the contract, as the material cannot be
used in execution even though they are physically available with
the purchaser.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 10 of 17


8.0 TECHNICAL SPECIFICATION AND SCOPE OF INSPECTION OF
CLADDED PIPE

8.1 Acceptable method of fabrication of cladded pipe to be seamless or


centrifugally cast CRA. The cladding should have metallurgical bond,
mechanical bond will not be accepted.

8.2 Acceptable base material is A515 Gr 65 and 516 Gr 60/65/70 will be


considered as equivalent.

8.3 TPI to review material test certificates for chemical composition,


tensile, guided bend and flattening test as per API 5LD.

8.4 Molybdenum in the cladding to be minimum 2.5%.

8.5 Diameter of the pipe to be measured and variation to be within 0.75%.


TPI to review the same.

8.6 Minimum thickness tolerance for pipe thickness to be-12.5%.

8.7 Intergranular corrosion test to be carried out as per API 5LD and result
reviewed by TPI.

8.8 Hydro-test to be done as per S = 2st/d, limited to 3000 PSI and result
to be witnessed by TPI.

8.9 Thickness of the cladding to be minimum 2.5mm, to be witnessed by


TPI.

8.10 Pipe to be ultrasonically tested as per ASTM 578 level and results to
be reviewed by TPI for acceptance.

8.11 PMI to be carried out and witnessed by TPI at least at both the ends at
1800 apart.

8.12 Pipe to checked visually and to be free from any visible defects, scales,
dents, marks etc and to be straight. TPI to witness.

9.0 MARKING & DESPATCH

9.1 All pipes shall be marked in accordance with the applicable codes,
standards & specifications. In addition IOCL item code & special
condition like “IBR”, “CRYO”, “NACE”, “H2” etc shall also be marked.

9.2 Pipes under “IBR”, “CRYO”, “NACE”, “H2” shall be painted in red strips,
light purple brown stripes, canary yellow & sea green stripes
respectively longitudinally throughout the length (25mm width) for easy
identification. Marking of pipes circumferentially for sizes 1” and below
at one metre interval along the length of pipes is also acceptable.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 11 of 17


9.3 Paint or ink for marking shall not contain any harmful metal or metallic
salts such as zinc, lead or copper which cause corrosive attack on
heating.

9.4 Pipe shall be dry, clean and free from moisture, dirt, and loose foreign
materials of any kind.

9.5 Pipes shall be protected from rust & corrosion.

9.6 Rust preventive shall be applied. These when used on machined


surfaces to be welded shall be easily removable with a petroleum
solvent and the same shall not be harmful to welding.

9.7 Both ends of the pipe shall be protected with the following material:

Plain end : Plastic cap


Bevel end : Wood, Metal or plastic cover
Threaded end : Metal or plastic threaded cap

9.8 Pipes may be provided with plastic pushfit type end caps/ steel caps
without belt wire.

9.9 Steel end protectors to be used on galvanized pipes shall be


galvanized. Plastic caps can also be used as end protectors for
galvanized pipe ends.

9.10 All alloy materials tested by PMI shall be identified using either of the
following methods by indicating “PMI OK”

a) Bar Code/ Hologram Sticker


b) A low stress stamp marking

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 12 of 17


Annexure-I

INDIAN OIL CORPORATION LTD. INSPECTION AND TEST PLAN FOR PIPES (FOR SPECIFICATION Rev.
MANUFACTURER) 0

Applicable codes and specifications : ASTM/P.O Technical specification/ Pipe Specification Sheet Scope of inspection
Sl. Stage Component Characteristics Method of Quantum of Reference Acceptance Norms Records Sub- Vendor TPI
No. Check check Documents Vendor
1a Raw material Bullet/ Marking and Review of 100% Purchase Purchase requisition/ Inspection R
inspection Mother correlation with TC records & requisition/ ASTM- ASTM-STD/ P.O report
hollow visual STD/ P.O Technical
Technical Specification
Specification
1b Raw material Bullet/ Chemical Spectro One sample Purchase Purchase requisition/ Inspection R
inspection Mother composition per heat requisition/ ASTM- ASTM-STD/ P.O report
hollow STD/ P.O Technical
Technical Specification
Specification
1c Raw material Bullet/ Internal soundness Macro- One sample Internal standard Internal standard Inspection R
inspection Mother etching per heat report
hollow
2 Pipe rolling Pipe Process controls As per As per Purchase Internal standard Inspection W
heating, Hot internal QA internal QA requisition/ ASTM- report
rolling plan plan STD/ P.O
Straightening Technical
Specification
3 Heat treatment Pipe HT cycle (Time & Furnace 100% Purchase Purchase requisition/ Inspection W R
(if applicable) temperature) recorder requisition/ ASTM- ASTM-STD/ P.O report
STD/ P.O Technical
Technical Specification
Specification
4 Non Pipe Surface & internal UT, Eddy Purchase Purchase Purchase requisition/ Inspection W R
destructive imperfactions current, MPI requisition/ requisition/ ASTM- ASTM-STD/ P.O report,
testing (if or other ASTM-STD/ STD/ P.O Technical General
applicable) specified P.O Technical Specification record
Technical Specification
Specification
5 Destructive Pipe Chemical & Chemical Each HT lot/ Purchase Purchase requisition/ Lab report W H
testing (Note Mechanical tensile each heat requisition/ ASTM- ASTM-STD/ P.O
special impact properties flattening no/ size STD/ P.O Technical
hardness bend, Technical Specification

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 13 of 17


requirements hardness Specification
for H2 service) impact
6 Destructive Pipe Corrosion IGC test Highest Purchase Purchase requisition/ Lab report W H
Testing (For properties thickness & requisition/ ASTM- ASTM-STD/ P.O
SS materials) highest STD/ P.O Technical
carbon/ HT Technical Specification
lot Specification
7 Hydrotesting Pipe Leak check Visual 100% by Purchase Purchase requisition/ Inspection W H
vendor at requisition/ ASTM- ASTM-STD/ P.O report,
random by STD/ P.O Technical Hydro-
TPI Technical Specification graph
Specification
8 Final Pipe Surface condition, Visual 100% Purchase Purchase requisition/ Inspection W H
inspection straightness, End dimensional requisition/ ASTM- ASTM-STD/ P.O report
finish Bevel angle, STD/ P.O Technical
Root face. Outer Technical Specification
dia, Thickness Specification
Length, End finish,
Coating, marking
Colour coding, End
caps.
9 Weight Pipe Weight Weight scale 100% Purchase Purchase requisition/ Inspection W
checking requisition/ ASTM- ASTM-STD/ P.O report
STD/ P.O Technical
Technical Specification
Specification
10 Final Pipe PMI check X-ray Purchase Purchase Purchase requisition/ Inspection W H
inspection Florescence/ requisition/ requisition/ ASTM- ASTM-STD/ P.O report
Spectrometer ASTM-STD/ STD/ P.O Technical
P.O Technical Specification
Technical Specification
Specification

Legends: H- Hold(offer for witness & obtain clearance), W- Witness, R- Review, A- Approval, I- Information, X- submit PO-Purchase order, PR- Purchase Requisition

All the NDT/ Leak testing/ Heat treatment/ Special manufacturing procedures have to be specially approved or only previously approved procedures have to be used. In case
of conflict between purchase specification, contract documents and QAP more stringent conditions shall be applicable. This document describes generally the requirements
pertaining to all types of pipes. Requirements specific to the item are only applicable.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 14 of 17


Annexure-II

INDIAN OIL Inspection and test plan for pipes (for Traders) Specification Rev
CORPORATION LTD. 0

Applicable codes and specifications: ASTM/ P.O Technical Specification/ Pipe SCOPE OF INSPECTION
Specification Sheet
A. Review of manufacturer material test certificates and TPI certificates issued to manufacturer.
Sl. Type Characteristics Reference Acceptance norms Record Trader TPI (IOCL
No. documents Representative)
1 Material testing Chemical Composition Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
ASTM-STD/P.O ASTM-STD/P.O materials at the
Technical specification Technical specification manufacturer works
2 Heat treatment (if HT cycle (Time & Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
applicable) temperature) ASTM-STD/P.O ASTM-STD/P.O materials at the
Technical specification Technical specification manufacturer works
3 Non destructive Surface & internal Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
testing (if applicable) imperfactions ASTM-STD/P.O ASTM-STD/P.O materials at the
Technical specification Technical specification manufacturer works
4 Destructive Testing Chemical & Mechanical Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
(Note special impact properties ASTM-STD/P.O ASTM-STD/P.O materials at the
hardness Technical specification Technical specification manufacturer works
requirements for H2
service
5 Destructive testing Corrosion properties Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
(for SS materials) ASTM-STD/P.O ASTM-STD/P.O materials at the
Technical specification Technical specification manufacturer works
6 Final inspection Hydro-testing surface Purchase requisition/ Purchase requisition/ TPI certificates of R R & Endorse
condition, dimension ASTM-STD/P.O ASTM-STD/P.O materials at the
checking straightness, Technical specification Technical specification manufacturer works
End finish, PMI check

Legend: H- Hold (Offer for witness & obtain clearance), W- Witness, R- Review, A- Approval, I- Information, X- Submit, PO- Purchase Order, PR- Purchase
Requisition.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 15 of 17


INDIAN OIL CORPORATION LTD. Inspection and test plan for pipes (for Traders) Specification Rev
0

Applicable codes and specifications: ASTM/ P.O Technical Specification/ Pipe SCOPE OF INSPECTION
Specification Sheet
B. Review of manufacturer material test certificates and TPI certificates issued to manufacturer.
Sl. Type Characteristics Quantum of check Reference Acceptance Record Trader TPI (IOCL
No. documents norms Representative)
1 Tensile test Mechanical One sample from Purchase Purchase Testing results of W Sample drawing-W
properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification
2 Product Chemical One sample from Purchase Purchase Testing results of W Sample drawing-W
Analysis Properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification
3 Flattening test Mechanical One sample from Purchase Purchase Testing results of W Sample drawing-W
or Bend test properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification
4 Hardness Test Mechanical One sample from Purchase Purchase Testing results of W Sample drawing-W
properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification
5 Impact test – Mechanical One sample from Purchase Purchase Testing results of W Sample drawing-W
for LTCS and properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
H2 Service length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification
6 IGC Test – for Corrosion One sample from Purchase Purchase Testing results of W Sample drawing-W
SS only Properties each lot of 100 Requisition/ ASTM- requisition/ ASTM- TPI-approved test Test results-R
length having same STD/ P.O STD/P.O Technical house
size, thickness, Technical specification
material & heat specification

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5 Page 16 of 17


7 Inspection - for PMI Check To be carried out Purchase Purchase Inspection Report W H
AS & SS only on every length of Requisition/ ASTM- requisition/ ASTM-
pipe STD/ P.O STD/P.O Technical
Technical specification
specification
8 Final Dimensional 100% for each type Purchase Purchase Inspection Report W H
Inspection checking & and size Requisition/ ASTM- requisition/ ASTM-
Hydrotesting STD/ P.O STD/P.O Technical
Technical specification
specification
9 TPI Clearance Stamping & 100% --- --- Inspection Report W H
Inspection
release note

General Notes:

1. This is an indicative inspection and test plan for pipes. However, vendor has to develop their own inspection & test plan that will includes all the above
and special requirement specific to the pipes, if any, and submit the same for approval after P.O placement.

All the NDT/ Leak testing/ Heat treatment/ Special manufacturing procedures have to be specially approved or only previously approved procedures have
to be used. In case of conflict between purchase specification, contract documents and QAP more stringent conditions shall be applicable. This document
describes generally the requirements pertaining to all types of pipes. Requirements specific to the item are only applicable.

IOC/M&I/MECH/P/1/2013 Seamless ERW & ESFW Pipes Revision-5Signature


Page 17 ofNot
17 Verified
Digitally signed by ABHIJEET SHRIKRISHNA
DESHMUKH
Date: 2019.04.04 16:48:52 IST
Location: IndianOil e-Tendering Portal

You might also like